|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1995 PSA#1321US Army Engineer District, Honolulu, Building S200, Room 332C, Attn:
Ms. S. Kim, Fort Shafter Hi 96858-5440 C -- DESIGN OF MISCELLANEOUS PROJECTS SOL DACA83-95-R-0021 DUE 051295
POC Point of Contact is Wendell Awada, (808)438-6940.
C--Architect-Engineer Services. Indefinite Delivery Architect-Engineer
Services Contract (Mechanical Discipline) for Design of Miscellaneous
Projects, Various Locations, State of Hawaii, for the Directorate of
Public Works, U.S. Army Garrison, Hawaii. Each Delivery Order will not
exceed $150,000 with a maximum contract amount of $750,000 for a
one-year period. The Government may, as an option, extend the contract
an additional year at a contract amount NTE an additional $750,000.
The Government obligates itself to obtain no less than $15,000 in
services during the term of the base contract and $7,500 in services
during the term of the option year. The contract will include both
Design and Supervision and Inspection services. Firms must have
in-house mechanical capabilities and in-house capabilities or
consultants for the following disciplines: civil, electrical,
structural, environmental, surveying, cost estimating, specifications
writing, and construction management/inspection. SELECTION CRITERIA:
See Note 24 for general selection process. The selection criteria in
descending order of importance are: (a) professional qualifications of
the firm's staff/consultants to be assigned to the project, (b)
specialized experience of the firm in design of mechanical
repair/renovation projects and experience in Indefinite Delivery A-E
services contracts, (c) past performance on DOD and private sector
contracts (cost control, quality of work, compliance with schedule),
(d) capacity of the firm to accomplish the work in the required time
(size of firm, workload, office location), (e) experience in
construction management/inspection, (f) geographical location and
knowledge of the project locality, and (g) extent of participation of
SB, SDB, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. Offer must provide adequate documentation in
blocks 7g and 10 of the Standard Form 255, Architect-Engineer and
Related Services Questionnaire for Specific Project, to illustrate the
extent of participation of the above-mentioned groups in terms of the
percentage of the total anticipated contract effort. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for subcontracting plan on that part
of the work it intends to subcontract. The subcontracting goals for
this contract are that a minimum of 50% of the contractor's intended
subcontract amount be placed with small business (SB), which includes
small disadvantaged businesses (SDB), and 30% be placed with SDB. The
subcontracting plan is not required with this submittal but the
successful large business firm must submit an acceptable plan before
any award can be made. Firms desiring consideration must submit a
Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by
the due date shown above or within thirty (30) calendar days from date
of this announcement, whichever is later. Should the due date fall on
a weekend or holiday, the submittal package will be due the first
workday thereafter. All responding firms must also include a completed
Standard Form 254 for themselves and their subconsultants, if not
already on file with the Pacific Ocean Division. Submittals will be
sent to the address shown above. Small and disadvantaged firms are
encouraged to participate as prime contractors or as members of joint
ventures with other small businesses. All interested contractors are
reminded that the successful contractor will be expected to place
subcontracts to the maximum practicable extent with small and small
disadvantaged firms in accordance with the provisions of Public Law
95-507. For further information regarding this proposed acquisition,
telephone (808) 438-6940. Request for Proposal No. DACA83-95-R-0021
shall be utilized to solicit a proposal from the firm selected. This is
not a request for a proposal. (0096) Loren Data Corp. http://www.ld.com (SYN# 0020 19950407\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|